N6945019D1090
Indefinite Delivery Contract
Overview
Government Description
DB/DBB IDIQ FIRE PROTECTION MACC FOR NAVFAC SOUTHEAST AREA OF RESPONSIBILITY
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$99,000,000 (3% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: New Orleans, Louisiana 70143 United States.
Recompete The following similar solicitation(s) may continue aspects of this idv: SOURCES SOUGHT NOTICE FOR INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) DESIGN-BUILD (DB) AND DESIGN-BID-BUILD (DBB) FIRE PROTECTION MULITPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NAVFAC SOUTHEAST AREA OF RESPONSIBILITY (AOR), SOURCES SOUGHT NOTICE FOR INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) DESIGN-BUILD (DB) AND DESIGN-BID-BUILD (DBB) FIRE PROTECTION MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC), SOURCES SOUGHT NOTICE FOR INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) DESIGN-BUILD (DB) AND DESIGN-BID-BUILD (DBB) WATER/WASTEWATER UTILITIES MULITPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NAVFAC SOUTHEAST AREA OF RESPONSIBILITY (AOR)
Amendment Since initial award the Ordering Period End Date was extended from 09/25/24 to 09/25/25.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Recompete The following similar solicitation(s) may continue aspects of this idv: SOURCES SOUGHT NOTICE FOR INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) DESIGN-BUILD (DB) AND DESIGN-BID-BUILD (DBB) FIRE PROTECTION MULITPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NAVFAC SOUTHEAST AREA OF RESPONSIBILITY (AOR), SOURCES SOUGHT NOTICE FOR INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) DESIGN-BUILD (DB) AND DESIGN-BID-BUILD (DBB) FIRE PROTECTION MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC), SOURCES SOUGHT NOTICE FOR INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) DESIGN-BUILD (DB) AND DESIGN-BID-BUILD (DBB) WATER/WASTEWATER UTILITIES MULITPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NAVFAC SOUTHEAST AREA OF RESPONSIBILITY (AOR)
Amendment Since initial award the Ordering Period End Date was extended from 09/25/24 to 09/25/25.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Wolverine Fire Protection Co was awarded
Indefinite Delivery Contract N6945019D1090 (N69450-19-D-1090)
by
NAVFAC Southeast
for Db/Dbb Idiq Fire Protection Macc For Navfac Southeast Area Of Responsibility
in September 2019.
The IDC
has a duration of 6 years and
was awarded
through solicitation Design-Build and Design-Bid-Build Indefinite-Delivery/Indefinite Quantity Fire Protection Multiple Award Construction Contract for the Naval Facilities Engineering Command Southeast
full & open
with
NAICS 238210 and
PSC Z2EZ
via direct negotiation acquisition procedures with 7 bids received.
To date, $3,367,732 has been obligated through this vehicle.
The total ceiling is $99,000,000, of which 3% has been used.
The vehicle was awarded through NAVFAC Southeast Design-Build and Design-Bid-Build Fire Protection MACC.
DOD Announcements
Sep 2019:
Eagle Fire Inc., Richmond, Virginia (N69450-19-D-1087); Milton J. Wood Fire Protection, Jacksonville, Florida (N69450-19-D-1088); Premier Fire & Security Inc., Paducah, Kentucky (N69450-19-D-1089); and Wolverine Fire Protection Co., Mount Morris, Michigan (N69450-19-D-1090), are each awarded an indefinite-delivery/indefinite-quantity, multiple award design-build and design-bid-build construction contract for construction projects located within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). The maximum dollar value for the five-year ordering period for all four contracts combined is $99,000,000. Milton J. Wood Fire Protection is being awarded the initial task order at $3,431,873 for the design and construction of a new fire protection pump house at Building 4744 at Naval Air Station Kingsville, Texas. The task order also contains one unexercised option, which if exercised, would increase the cumulative task order value to $3,987,166. Work for this task order is expected to be completed by March 2021. The work to be performed will primarily consist of fire protection installation or repairs (new construction and renovations) with professional engineer design capabilities. Work will include, but is not limited to, fire suppression systems (wet, dry, pre-action, wet chemical, deluge), water supplies (fire pumps, tanks and underground water mains), low and high expansion foam (aqueous film-forming foam systems, high expansion foam system, releasing systems, underground containment systems, and surface containment systems), gaseous agents (carbon dioxide and clean agents), special hazards protection, fire alarm systems (detection, reporting, and mass notification), and life safety system renovations (penetration fire stopping, fire door replacement, fire wall repairs). All work on this contract will be performed within the NAVFAC Southeast AOR which includes South Carolina (8%); Georgia (8%); Florida (8%); Alabama (8%); Arkansas (8%); Mississippi (8%); Kansas (8%); Louisiana (8%); Texas (8%); Tennessee (8%); Missouri (8%); Oklahoma (8%); Guantanamo Bay, Cuba (2%); and the Bahamas (2%). The term of the contract is not to exceed 60 months, with an expected completion date of September 2024. Fiscal 2019 operation and maintenance, (Navy) (O&M,N) funds in the amount of $3,431,873 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction and O&M, (Navy and Marine) funds. This contract was competitively procured via the Navy Electronic Commerce Online website with seven proposals received. These four contractors may compete for tas
Status
(Open)
Modified 8/16/24
Period of Performance
9/25/19
Start Date
9/25/25
Ordering Period End Date
Task Order Obligations
$3.4M
Total Obligated
$3.4M
Current Award
$3.4M
Potential Award
Award Hierarchy
Indefinite Delivery Contract
N6945019D1090
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6945019D1090
$-
Contracts
$-
Subcontracts
$-
Grants
$-
Subgrants
$-
Total
No Results
Calculating
Calculating
No Results
Calculating
Calculating
No Results
Calculating
Calculating
Year | Contracts | Subcontracts | Grants | Subgrants |
---|
No Results
Calculating
Calculating
No Results
Calculating
Calculating
Contract Awards
Prime task orders awarded under N6945019D1090
Subcontract Awards
Disclosed subcontracts for N6945019D1090
Opportunity Lifecycle
Procurement history for N6945019D1090
Transaction History
Modifications to N6945019D1090
People
Suggested agency contacts for N6945019D1090
Competition
Number of Bidders
7
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
WXE7G127JJ63
Awardee CAGE
0M0L5
Agency Detail
Awarding Office
N69450 NAVFACSYSCOM SOUTHEAST
Funding Office
N69450 NAVFACSYSCOM SOUTHEAST
Created By
lindsay.e.betteridge@navy.mil
Last Modified By
lindsay.e.betteridge@navy.mil
Approved By
lindsay.e.betteridge@navy.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Awardee District
MI-08
Senators
Debbie Stabenow
Gary Peters
Gary Peters
Representative
Daniel Kildee
Last Modified: 8/16/24